8, 77 2016¤Ÿेन्डर-स्टोर...दãल #-77 स 06.04.2016 स 26.04.2016 तक...

39
1 राçĚȣय मलेǐरया अन संधान संèथान भारतीय आय व[£ान अन संधान पǐरषद सैÈटर-8, ᳇ारका, नई Ǒदãलȣ-77 Ǔनवदा संÉया : एनआईएमआर/Ǔनवदा/कं Üय टस[ / 2016 कं Üय टस[ /Ĥंटस[ ,पीएस और नैटवक[ पेǐरफे रãस कȧ åयापक वाष[क अन र¢ण संवदा के लए Ǔनवदा Ĥलेख जारȣ करने कȧ Ǒदनांक 06.04.2016 जमा करने कȧ अिÛतम Ǔतथ 27.04.2016 अपराÛɯ 2.00 बजे तक तकनीकȧ बोलयɉ के लने कȧ Ǔतथ 27.04.2016 अपराÛɯ 3.00 बजे Ǔनवदा जमा करने का èथान राçĚȣय मलेǐरया अन संधान संèथान , सैÈटर-8, ᳇ारका, नई Ǒदãलȣ के भंडार अन भाग (कमरा नं .- 405, Ǔनचला तल) मɅ Ǔनवदा बॉÈस रखा ह आ है। टेलȣफोन नàबर 011-25307405, 25307407 फैÈस नàबर 011-25307177

Upload: vucong

Post on 01-May-2018

228 views

Category:

Documents


2 download

TRANSCRIPT

  • 1

    -8, , -77

    : / / /2016

    / ,

    06.04.2016 27.04.2016 2.00 27.04.2016 3.00 ,

    -8, , ( .- 405, )

    011-25307405, 25307407 011-25307177

  • 2

    -8, , -77

    ( )

    : , -8, , -77 /

    , , ( ) / / /

    2. , , 1000/- ( ) ( ) , -8, , -77 06.04.2016 26.04.2016 ( , ) 1 2 10 4 26.04.2016 4.00

    3. / www.mrcindia.org , .... 1000/- ( ) -/

    4. ( ) , ,

    ( -2) 5. 90 ( ) 6. 27.04.2016 2.00

    , 27.04.2016 3.00 ,

    http://www.mrcindia.org/

  • 3

    ,

    7.

    ..

    1 06-04-2016 26.04.2016 10.00 4.00

    2 3 27.04.2016 2.00 4 ( ) 27-04-2016 3.00

    2003, , , -7 , / , , , , , , , , - /: ( ) :- ) -1

    2 -

    ) , -1 , , , , , /, , -, , , ,

    , , , , , / / , ....

  • 4

    ) ( )

    )

    ( 2) -1 3 / 3 ( ) 9 , / , ,

    2. , / ,

    3. -1

    4. -

    5.

    24 500/- ( ) /

  • 5

    6. -1 ( )

    7.

    8. :-

    ) : 9 6 ( )

    ) :

    ) : 95 9. / ; 10. ( )

    300/- ,

    11. 5 / 10

    12. ( )

    3. ( )

    , ) -1:- 1. 3 5

  • 6

    2. 5 ,

    / / / /

    3. / / 100 /

    4. / , :

    5. , , / , , ,

    , , 6. 7. (.. )

    5 8.

    ... 9. 10.

    , .... 20,000/- 45

    30

    11.

  • 7

    12. , , , /

    13. , , ,

    ,

    14. - , ,

    15. /.../..// / ,

    16. / -2-

    ) '' '' -2

    , , -2 / , : /

    4.

    1. /

    2.

    ,

    3. , -8, , -77

    4. , , , , -,

    -

  • 8

    5.

    24

    6. /

    7.

    ( 90 )

    8.

    ,

    9.

    : 10.

    11.

    -1

    12. '' ,

    '' '' , ''

    13. ''

    , '' , ...., -8, , -77 27.04.2016 ( 2 ) 27.04.2016 2.00 .-211 '' ''

    14. , , , -

  • 9

    15. , , ,

    16. , : /

    5.

    5.1 30

    5.2 , ,

    5.3 ,

    6.

    6.1

    6.2 -1 ( )

    6.3 ,

    6.4

  • 10

    6.5 ,

    6.6

    7. 7.1 ,

    ,

    7.2

    ( ) 7.3 8.

    / , -/ 30,000/- 60

    ii) 60

    iii) 9.0

    9.1 / ( 58 ) 500/- - 48 1000/-

    9.2

  • 11

    9.3 , ( ) /

    10.

    , ....

    -8, , -77

  • 12

    -

    1.

    2. (, - )

    3.

    4(). 4(). 3

    4().

    5(). 5(). 5(). ().

    6.

    7. ()

    8. ( ) ). ). ). ). 3 .). ).

  • 13

    :-

    / / / /

    ( )

  • 14

    -

    1. 2. 3. 4. 5. : ( ( )

    ..

    / (

    ( )

    ( )

    x 1

    -iv

    2 , , i3 & i5 182 2 / 09 3 01 4 41 5 ( ) 102 6 29 7 01 8 01 9 26 10 01 11 ... 222 12 ( )

    , ,

  • 15

    ...

    .. 1 650 / 600 36 2 600 7 3 390 28 4 650 14 5 650 1 6 750 1 7 750 4 8 650 45 9 750 1 10 390 2 11 1000 4 12 1000 1 13 1000 15 14 1 6 15 1 4 16 2 2 17 2 4 18 3 5 19 2 2 20 3 4 21 5 28 22 3 2 23 4 1 24 10 1 25 5 3 26 8 1 222

  • 16

    Annexure-A

    2016-17

    Sl. No.

    Division Name/Head of Division

    Nos. of Computer & Peripherals

    Total Desktop Total Laptop Desk Jet/ Office jet printer

    Total Scanner Total LaserJet (B&w)

    Total LaserJet Color

    Total Workstation & Server/Remarks

    1. ECR Div. Dr. Anup Anvikar

    20 4 1 2 12 4 -

    HP=16 HCL=1 DELL=1 ACER=2

    HCL=1 HP=2 DELL=1

    HP=1 HP=1 Epson=1

    HP=12

    HP=4 -

    2. Maintenance Deptt. 1 (Acer) - HP = 1 - - - -

    3. Admn. I & II Shri Sunil Gupta

    12 - - 1 10 2 -

    HP= 5 ACER=7

    - - - HP=10 HP=2

    4. Hindi Section Dr. Vandana Sharma

    2 - - 1 3 - -

    HP=1 ACER=1

    - - HP=1 HP=3 -

    5.

    Publication Division Dr. Nutan Nanda

    5 - 1 2 2 1 -

    HP=3 HCL=2

    - HP=1 HP=1 CANON=1

    HP=2 HP=1 -

    6 Library Mr. Rashid

    6 - - - 1 1 -

    HP=2 ACER=4

    - - - HP=1 HP=1 -

    7. EGB Laboratory Aparup Das

    20 2 - - 3 2 Projector=1

    HP=4 HCL=2 ACER=13 DELL=1

    TOSHBA=1 DELL=1

    - - HP=3 HP=2 SONY=1

    Total 66 6 3 6

    31 10 1

  • 17

    2016-17

    Sl. No.

    Division Name/Head of Division

    Nos. of Computer & Peripherals

    Total Desktop Total Laptop Desk Jet Printer

    Total Scanner

    Total LaserJet (B&w)

    Total LaserJet Color

    Total Workstation & Server/Remarks

    8. Directors Office Dr. Neena Valecha

    8 3 - 6 7 1 -

    HP=7 ACER=1

    HP=1 COMPAQ=1 TOSHBA=1

    - HP=6 HP=7 HP=1 -

    9. Cashier 1 - - - 1 -

    HP=1 - - - HP=1 -

    10. KK GUPTA 1 - - - 1 -

    ACER=1 - - - HP=1 -

    11 RTI Cell

    1 - - - 1 1 -

    ACER=1 - - - HP=1 HP=1 -

    12. Parasite Bank Dr. Vineeta Singh

    5 2 - - 3 1 -

    ACER=4 HP=1

    COMPAQ=1 SONY=1

    - - HP=2 XEROX=1

    HP=1

    13 Host-Parasit Interaction Biology Grup (HPIBG) Dr. Rajnikant Dixit & Dr. Kalailash

    7 - - 1 2 1 -

    HP=4 ACER=2 DELL=1

    - - HP=1 HP=2 HP=1 -

    14. Protein Biochemistry Dr. Arun Sharma

    7

    2

    2

    2

    5

    2

    -

    HP=5 ASSBLEM=2

    TOSHIBA=1 HP=1

    HP=2 CANON =2

    HP=5

    HP=2 -

    15. Store Section Shri K.C. Sehra

    9 - - - 7 - -

    HP=5 ACER=4

    - - - HP=7 - -

    16 A.O.S Office Shri C.S. Namboodiri

    3 1 - 2 3 - -

    HP=1 ACER=2

    HP=1

    - HP=2

    HP=3 - -

    17. Insecticide Resistance Lab Dr. K. Raghavendra

    6 2 - - 6 - -

    HP=3 HCL=1 ACER=2

    DELL=1 HP=1

    - - HP=6 - -

    Total 48 10 2 11 36 6 -

  • 18

    2016-17

    Sl. No.

    Division Name/Head of Division

    Nos. of Computer & Peripherals

    Total Desktop Total Laptop Desk Jet/ Office jet printer

    Total Scanner

    Total LaserJet (B&w)

    Total LaserJet Color

    Total Workstation & Server/Remarks

    18. Dr.MS Malhotra 2 1 - 1 1 1

    Hp=2 HCL=1 - HP=1

    HP=1 HP=1

    19. Vector Biology Control Division Dr. S.K. Sharma

    4 3 - 1 3 1 -

    HP=2 ACER=1 ZENITH=1

    SONY=1 HCL=1 HP=1

    - HP=1 HP=3 HP=1 -

    20. Molecular Biology Shri O.P. Singh

    7

    6

    - 1

    4

    3

    HP=4 ACER=1 DELL=1 IBM=1

    HP Compaq=4 Sony=1 DELL=1

    - HP=1 HP=3 MITSHUBISHI=1

    HP=3

    21. GIS Division Dr. B.N. Nagpal

    21

    9

    2

    2

    7

    3

    -

    DELL=9 HCL=3 HP=3 ACER=4 Zenith=2

    DELL=1 SONY=2 HCL=4 HP=1 Toshiba=1

    HP=2 HP=2

    HP=7

    HP=3 -

    22. IEC Division Dr. Padmawati Tyagi

    4

    -

    1 1 2 - HP WORKSTATION=1

    HP=1 ACER=3

    - HP=1 HP=1 HP=2 - -

    23. CIF Division Dr. Ram Das & Mr. R.S.Tomer

    1

    1

    - - - 2 -

    ACER =1

    HCL=1 - - - HP=2 -

    24. TRANSPORT 1 - - - 1 - -

    HP=1 - - - HP=1 - -

    25. ELECTRIC ROOM 1 - - - - - -

    HP=1 - - - - - -

    26. Reception Main Mr. Ram Phool Meena

    HP=1

    - - - - - -

    27. EED Division Dr. R.C. Dhiman

    12 4 1 1 7 3

    HP=6 DELL=3 ACER=1 LENOVO=1 HCL=1

    HP COMPAQ=2 DELL=1 APPLE=1

    HP=1 HP=1 HP=6 SAMSUNG=1

    HP=3 -

    Total 54 24 4 7 25 13 1

  • 19

    2016-17

    Sl. No.

    Division Name/Head of Division

    Nos. of Computer & Peripherals

    Total Desktop Total Laptop Desk Jet/ Office jet printer

    Total Scanner

    Total LaserJet (B&w)

    Total LaserJet Color

    Total Workstation & Server/Remarks

    28. Account Section Shri G.P. Mathur

    6 1 - - 6 - -

    HP =5 Acer=1

    1 - - HP=6 - -

    29. Bill Section Smt. Neelam

    5 - - 1 3 - 1 (DMT)

    ACER=2 HP=3

    - - HP=1 HP=3 - DMT Printer=01

    30. Biometric Attendance Division Mr. Anoop Rawal

    3 - - 1 1 - -

    HP=1 Dell=1 HCL=1

    - - 1 1 - -

    Total 14 1 - 2 10 - 1 (DMT)

    G.T. 182 41 9 26 102 29 Projector=1 Workstation=1 DMT=1

  • 20

    : 1. 2. , ,

    :- / / / /

  • 21

    NATIONAL INSTITUTE OF MALARIA RESEARCH (Indian Council of Medical Research) Sector 8, Dwarka, New Delhi-110 077

    TENDER NO: NIMR/TENDER/COMPUTERS/2016

    TENDER DOCUMENT For

    COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT of

    Computers/Printers, UPS and Network Peripherals DATE OF ISSUE 06 .04.2016

    LAST DATE OF SUBMISSION 27.04.2016 up to 2.00 P.M. DATE OF OPENING OF TECHNICAL BIDS

    27.04.2016 at 3.00 PM

    PLACE OF SUBMISSION OF TENDER

    TENDER BOX PLACED IN THE STORE SECTION (ROOM NO. 405 GF) OF NATIONAL INSTITUTE OF MALARIA RESEARCH, SECTOR-8, DWARKA, NEW DELHI 110077

    TELEPHONE NO. 011-25307405, 25307407 FAX NO. 011-25307177

  • 22

    NATIONAL INSTITUTE OF MALARIA RESEARCH (Indian Council of Medical Research) Sector 8, Dwarka, New Delhi-110 077

    NOTICE INVITING TENDER (NIT)

    Subject: Submission of Tender for providing Comprehensive Annual Maintenance Contract for Computers/ Printers/ UPS and other related peripherals and Wi fi installed in various offices and Laboratories of NIMR Premises at Sector-8, Dwarka, New Delhi.

    National Institute of Malaria Research (NIMR), an Institute of Indian Council of Medical Research (ICMR) an Autonomous Organization of the Ministry Of Health and Family Welfare, Department of Health Research, Govt. Of India invites Sealed bids under Two-Bid system from reputed registered ( Limited or Private Limited ) Firms/Companies fulfilling the criteria laid down in Technical Bid format for the Annual Comprehensive Maintenance Contract for Computers/ Printers and other related peripherals and Wi- Fi installed in various offices and Laboratories of the National Institute of Malaria Research (NIMR) in New Delhi. The contract period initially will be for a period of one year which may be extended on satisfactory performance and mutual consent on the same rates, terms and conditions.

    2. Tender document containing terms and conditions can be purchased on payment of Rs.1000/- (Rupees one thousand only) (Non-refundable) in the form of Demand Draft in favour of Director, National Institute of Malaria Research, payable at New Delhi, from the office of the National Institute of Malaria Research, Sector-8, Dwarka, New Delhi 110077 during the office hours from 10 am to 4 pm except break time from 1.00 to 2.00 pm from 06.04.2016 to 26.04.2016 (except Saturdays, Sundays and closed holidays). However, the last date for the purchase of the tender is 26.04.2016 upto 4.00 AM only.

    3. Tender forms/ application form can be downloaded from the website of NIMR i.e. www.mrcindia.org and the same may be submitted along with the fee of tender documents i.e. Rs.1000/- (non-refundable) in the mode of pay order/ demand draft in favor of Director, National Institute of Malaria Research, payable at New Delhi.

    4. The bids are to be submitted in two sealed envelopes. Technical Bid (Envelope I) shall contain Earnest Money Deposit (EMD), prequalification documents, tender conditions and contract form duly signed by authorized person or persons as a token of acceptance of terms and conditions of contract and work qualification. Financial Bid (Envelope II) shall contain price schedule of quantity.

    5. The bid will be valid for a period of ninety days (90) from the date of opening of the financial bid.

    6. The sealed bids will be received by the NIMR up to 02.00 PM on 27.04.2016 any bid received after the prescribed deadline shall not be considered. The Technical Bids will be opened on 27.04.2016 at 3.00 PM in the presence of the bidders or their authorized representatives who choose to be present. The technical bids shall be scrutinized by the Committee duly constituted for the purpose. The Committee will assess the ability of the agencies to render services by the qualified staff and provide spare parts and on such other criteria as it may fix. The financial bids will be opened for such bidders only who qualify the technical evaluation. The decision of NIMR in this regard shall be final and binding.

    http://www.mrcindia.org/

  • 23

    7. Tender can be obtained from the office of NIMR on the address mentioned above as per the schedule mentioned as under:

    Sl. No. Tender Schedule Date and Time 1 Issue of Tender 06.04.2016 to 26.04.2016 from to

    10.00 A.M. to 4.00 P.M. 2 *Date of Pre Bid Conference N A

    3 Date of submission of Tender 27.04.2016 up to 2.00 PM 4 Date of opening of Tender (Technical

    Bids) 27.04.2016 at 3.00 PM

    *A pre-bid meeting will be held as per schedule on pre-page in the Conference Hall of NIMR with the prospective bidders who may seek clarification on this bid document. General Scope of Work

    The proposed comprehensive annual maintenance contract is for the hardware and software working in NIMR. The software maintenance includes operations, loading/reformatting of software / discs with software like Windows 2000, 2003 , XP, Vista, Windows 7, Linux, Microsoft Office, software, Browsers like Internet Explorer, Chrome, Mozilla etc. and Mailing Software like Outlook Express, Antivirus software, Data retrieval and installation/replacement of any other software purchased by NIMR, from time to time. It also includes removal of virus and reinstallation of software, if corrupted. Support for users and troubleshooting of commercial software (Licensed) packages mentioned above. Scope of work of Comprehensive AMC also includes:

    a) The replacement of malfunctioning spares/ parts for proper functioning of all systems and sub systems listed in Annexure I will be done by the contractor. If any part gives repeated problems during the period of two months from the date of its replacement, the contractor must replace it immediately with a new original part. b) Further, the replacement of parts of Computer, printers and related items listed at Annexure-I like Hard Disk, Floppy Drive, CD/DVD Reader/Writer, Mother Board, Keyboard, Mouse, Printer Heads, Fuser assembly, roller drums, data cables, scanning unit, switch, power supply, display card and Maintenance of LAN, replacement of LAN cables and I/O ports, repair of existing LAN cables and I/O ports, wireless access points, switches to ensure smooth running of internet services of Institute (Wi Fi ) etc. Malfunctioning for any reason whatsoever and all plastic parts except consumables are under this CAMC by Contractor.

    c) All parts to be replaced by the Contractor must be of the same make. In case. it is not feasible, the same must be of better or equivalent quality. In the service report, the details regarding the part number and serial number (if any) must be brought out clearly.

    d) The defective parts shall be sole property of NIMR

    Terms and Conditions: 1. The Contractor shall depute an adequate number (at least two) of well qualified Engineer(s) who can maintain the equipment listed in Annexure I properly. The Engineer(s) should be an Indian national only, having three year degree/diploma in Computer hardware and related field. Engineer(s) should have at least 3 years of similar experience and should also be specialist in repairing and maintaining the Laser and Dot matrix Printer. The

  • 24

    Engineer(s) shall be required to report at 9:00 a.m. all working days (and also on Saturday/holidays, as and when required). The Engineer(s) will sign the attendance register of contractor everyday with timing, kept in NIMR. All the Engineer(s) deployed by the contractor shall work in coordination with an In-charge/Programmer, Computer Cell, NIMR India, New Delhi hereinafter referred to as the Coordinator or any other person authorized by the customer. 2. The Engineer(s) will submit complaint sheets to the coordinator for each complaint attended by them. The complaint sheet would clearly define the nature of complaint, location of Computer in office/Laboratory and time taken for rectification of a complaint. The Engineer(s) are also required to get the compliant sheets signed by the respective end users. The contractor shall provide a computerized network based system for entering, monitoring of complaints and for online help desk facility; 3. The contractor would carry out preventive maintenance of each machine mentioned in Annexure-I once in every month, in order to forestall any major failure of the same which includes installing of updates of antivirus packages. Contractor should also ensure proper cleaning of machines on quarterly basis. Failure to do so shall attract penalty at the rate mentioned in the penalty clause; 4. The equipment will have to be repaired in house. In rare cases when it is very essential to take the equipment outside the NIMR for repairs, it is mandatory to have a valid Gate Pass for such equipment and making proper entries with Coordinators and at Security office; 5. Standby arrangement to be made in case the equipment is to be taken to workshop for repairs. In case standby is not provided, and the item is not usable beyond the 48 hours, a penalty of Rs. 500/ (Rupees Five hundred only) per day will be charged. The amount of penalty will either be recovered from the Bank Guarantee or security deposit of the Comprehensive Annual Maintenance Contract or from the CAMC charges/bills; 6. Contractor must also maintain the required drivers (CDs & Floppies) for maintaining the equipments in Annexure I; 7. Loss of any part in the product on account of negligence attributable to the vendor, the vendor may reinstate or replace the malfunctioning / non functioning part or whole of the product with a working part or whole of the product of a matching or higher configuration. However, in the case of hard disc, vendor should provide a new hard disc of matching or higher configuration. 8. The vendor shall ensure the following service norms:

    (a) Service Availability Timings : 0900 hours to 1800 Hours (Monday to Friday) (b) On site response Time : 1 Hour

    (c) Annualized Uptimes : 95%

    9. Any other maintenance work to be undertaken related to the Computers/peripherals; 10. The Contractor shall ensure that the Engineer(s) are present timely and possess valid ID cards on all working days including Saturdays (if required). In case, an engineer goes on

  • 25

    leave, alternate arrangements should be made well in advance and coordinators must be given prior intimation. Any failure in sending the engineer, will attract penalty clause for that particular period. The contractor should be paid @ Rs.300/- per day if any engineer absent during the contract period. In case of an emergency, the engineer may be required to be deployed on holidays also; 11. The contractor shall not change the Engineer(s) without prior permission of NIMR. Further, the contractor shall provide a substitute for the deployed engineer, if required by the NIMR within five days of such request. Failure to do so, it may lead to termination of the contract and /or imposition of penalties by the NIMR not exceeding 10% of the total value of the contract; 12. National Institute of Malaria Research will ensure the proper electrical power supply (including UPS facility). 3. Two Bid System (Technical and Financial): The two bid system will be followed for this tender. Bidder is advised to read the tender document carefully before submitting his bid. In this system bidder must submit his offer in two separate sealed envelopes as explained below. (A) Technical Bid Envelope No. 1 It should contain copy of the documents to the following effects: i. The firm should be in business of the similar CAMC for at least 3 years preceding the date of advertisement of the proposed contracts worth Rs. 5 Lakhs or more per annum in each year. ii. The company should have similar contracts of at least one years duration in the two preceding years with Government Departments/ Public Undertaking/Autonomous Body in Delhi during the said period, the total annual value of which should not be less than Rs. 5 Lakhs in each year (Documents must be submitted). The company should furnish its downtime statement of previous similar maintenance contracts in any two of the Govt. Office in Delhi/Public Undertaking/Autonomous Body during the preceding two years. iii. The bidder should have executed at least one Comprehensive Annual Maintenance Contract of 100 Computers or more connected in LAN under Window/Linux/NT environment satisfactorily during the two preceding years with Govt. offices. A Performance Certificate to this effect obtained from the Govt. Department. /Public Sector Undertaking shall be furnished;

    iv. Company must submit the satisfactory performance certificate against its latest contract completed in the Government sector. This certificate must be issued from the Govt. organization/department where bidder has provided the CAMC services in Computer, Printers etc. The bid will be summarily rejected, if the said certificate is not submitted alongwith the Technical Bids. v. The firm must have expertise in preventive on-site maintenance and repair of servers, computers, Laser / inkjet, Dot Matrix printers, scanners network components, hardwires parts, accessories and peripherals.

  • 26

    vi. The firm must also have expertise and experience in LAN troubleshooting. vii. Audited balance sheet (duly certified by CA) for preceding 3 (three) years showing that the bidder has been having the annual turnover not less than Rs. 5 Lakhs per year in the similar maintenance business only. viii. The firm must be registered with the Registrar of companies and with the Delhi Sales Tax Department for Works Contract Tax and should furnish Service Tax No. and TIN No. ix. Copy of acknowledgement for filing Income tax returns for the preceding three years must be attached; x. Bidder shall be required to deposit an amount of Rs. 20,000/- (Rs. Twenty Thousand only) as earnest money in the form of an Accounts Payee demand draft or Bankers Cheque drawn in favour of Director, National Institute of Malaria Research payable at Delhi or Fixed Deposit Receipt or Bank Guarantee from any of the commercial bank are acceptable for safeguarding the interest of NIMR. Bids not accompanied by the requisite earnest money would be rejected summarily. The bid security will remain valid for a period of forty-five days beyond the final bid validity period. The bid security of the unsuccessful bidders will be returned to then at the earliest after expiry of the final bid validly and latest on or before the 30th day after the award of the contract.

    xi. No claim shall lie against NIMR, New Delhi 110077 in respect of erosion in value of interest on the amount of earnest money deposit or security deposit.

    xii. The bidder shall sign all papers of the bid and also the pamphlets, drawings, client list, company profile etc. Any information/data/credentials that the contractor or any of his employees may come to possess or know during the course of their work will not be disclosed to any one in any form and the relevant portions of the Official Secrets Act would be applicable;

    xiii. The company should produce self attested photocopies of documents related to allocation of registration No., PAN Number, Service Tax No., copy of job orders pertaining to Comprehensive Maintenance Contract of similar nature of services as specified in the pre-pares.

    xiv. List of Engineer(s) to be deployed at NIMR alongwith their detailed bio-data showing their qualifications, experience and mobile number should be furnished. xv. Firm should be service provider for the computers, printers etc. of the make Samsung/HCL/HP/Lenovo/Wipro/Dell etc. Their such experience will be verified from the performance certificates issued by their clienteles and submitted alongwith the tender. xvi. If the firm/Company meets the above technical requirements, it may apply in the prescribed Performa at Annexure II-Technical in a sealed cover;

  • 27

    (B) Financial Bid Envelope No. 2 The rate may be quoted for the CAMC per unit of the computers, laptops, printers in the Performa at Annexure-II in a separate sealed cover with proper seal and signature of authorized person. Maintenance and repair would include replacement of parts of computers/peripherals of matching or higher configuration or of the same make whenever necessary in each case. The charges of Softwares / Consumable will only be borne by the NIMR.

    4. The other terms and condition for awarding the CAMC

    (i) The Engineer(s) would be equipped with Mobile phones to ensure their availability. Amount will be deducted if any Service Engineer remains absent/leave without providing a substitute;

    (ii) The contract will be valid initially for a period of one year and the period of CAMC may be extended on satisfactory services, on mutual consent, on the same rates, terms and conditions. The rates quoted will remain in force during the currency of the contract. No demand for revision of rate on any account shall be entertained during the currency of the contract.

    (iii) The contract awardee has to provide services at National Institute of Malaria Research (ICMR), Sector 8, Dwarka New Delhi- 110 077

    (iv) The firm will maintain a separate log book for each of the machines to be taken under the CAMC for preventive or otherwise maintenance, virus detection and special cleaning of the Monitor, Printer, Key Board, Mouse etc. internally and externally to be carried out quarterly. A Preventive Maintenance Report obtained from the user would be submitted to the Stores Section failing which an appropriate penalty would be imposed. The quarterly payment will be made on the basis of satisfactory report from the User.

    (v) The service Engineer(s) would take up any reported fault within an hour. The repair would be carried out onsite itself as far as possible. However, in case, the equipment is to be taken to the workshop, the firm would provide a stand-by for the same within 24 hours;

    (vi) The necessary support for maintaining virus free computers environment in NIMR and help in upgrading software /virus detection mechanism would be provided by the firm.

    (vii) Bidder shall not be permitted to withdraw his offer or modify the terms and conditions thereof. In case, the bidder fails to observe and comply with the stipulations made therein or backs out during the currency of the bids (i.e. ninety days (90) from the date of opening of the financial bids), the amount of earnest money will be forfeited.

    (viii) It may also be noted that in case of contractor backing out midway without the explicit consent of the NIMR, he will be liable to pay recovery at higher rates, vis-a-vis, those approved in the contract, which may have to be incurred by the NIMR on maintenance of machines through alternative means for the left over period of the

  • 28

    contract.

    (ix) The above act of backing out would automatically debar the firm from any further Contract with the NIMR & the security amount would be forfeited.

    (x) No advance payment in any case would be made. However, Quarterly payment after satisfactory completion of services in each quarter would be made. Income Tax shall be deducted as applicable under the rules.

    (xi) It is the responsibility of the contractor to ensure the functioning of Computer Systems. Bidder is advised to first ensure the present condition of system listed in Annexure-I by visiting the NIMR offices and Laboratories before filling the bid document.

    (xii) Interested bidder may submit their documents satisfying the technical bid requirements in a sealed cover super scribed with "Quotation for CAMC computer, printers and peripherals for technical bidding. The other sealed envelope containing the quoted rates and documents concerning to acceptance of all the terms and conditions, etc. may be submitted super scribed with "Quotation for CAMC of computers, printer and peripherals for financial bidding".

    (xiii) Thereafter, both the envelopes may be placed in a third sealed cover superscribed with Quotation for CAMC of computers/printers and peripherals for technical and financial bidding" addressed to Director, National Institute of Malaria Research (ICMR) Sector 8, Dwarka New Delhi-110 077 and may be sent to NIMR by 27.04.2016 upto (2:00 p.m.) The Technical Bids will first be opened on 27.04.2016 at 3:00 P.M. in Room No.211. After scrutiny and satisfactory technical bidding specifications, the NIMR will shortlist those who are eligible and inform them for opening of sealed "Financial bid".

    (xiv) Late submission of tenders will not be accepted. Tenders by Telex/Telegram/Fax/e-mail" will not be accepted. Tenders may be submitted by Registered Post or by hand or by Courier. However, NIMR shall not be responsible for any delay on this account.

    (xv) Quotation received after due date, received without separate sealed cover, received without quoted rates in the prescribed Performa will not be accepted. The Director, NIMR reserves the right to reduce or increase the number of items offered for CAMC during the currency of the contract.

    (xvi) The rates quoted should be net in Indian currency and no conditional discounts, free services/offers quoted will be considered. Arithmetical errors will be rectified on the following basis:

    If there is a discrepancy between words and figures, the amount in words will prevail.

    5. PAYMENT TERMS:

    5.1 The comprehensive maintenance charges shall be payable to the Contractor in arrears on

    quarterly basis. For this purpose, the Contractor will have to submit bill in the name of First party and payment shall be made by it within 30 days from the receipt of the bill duly completed in all respects.

  • 29

    5.2 Enhancement in taxes, duties or market prices of components, etc., will not affect the CAMC rates during the entire period of CAMC and thus no difference shall be claimed or paid as a result of the above.

    5.3 In the event of non-satisfactory performance of comprehensive maintenance services by the Contractor, Director NIMR shall have the right and discretion to terminate this agreement by giving one-month notice or with immediate effect and to forfeit the proportionate or whole amount from the Security Deposit or the Performance Guarantee deposited by the Contractor.

    6. ASSIGNMENT:

    6.1 The second party shall not assign this agreement or any part thereof or any benefit there

    under to any other party without the prior written permission of the competent authority in the NIMR. This tender is not transferable.

    6.2 The quantities mentioned in the Annexure-I may either be increased or decreased at the

    discretion of NIMR (before/after assigning the tender at any stage). 6.3 Representatives of the NIMR, if required, may inspect the offices, work place of the

    contractor to ascertain whether the firm has the necessary wherewithal to undertake the job. The recommendations of the representatives during such visits would be taken into consideration while finalization of bids.

    6.4 Bidders may kindly note that quoting lowest rates will not amount to commitment on the

    part of NIMR for award of contract. NIMR also reserve rights to award contract on complete or part basis to one or more Contractor(s).

    6.5 Director, NIMR reserves the right to accept or reject any or all tenders without assigning

    any reasons. 6.6 If any dispute(s) arises between the NIMR and the firm with reference to any provision of

    the contract, the decision of the Director, NIMR shall be final and binding on both the parties.

    7 ARBITRATION: 7.1 In the event of any question, disputes or difference arising between the parties relating to

    the interpretation and application of the provisions of this agreement, such disputes or differences shall be resolved amicably by mutual consultations and on failure to do so shall be referred for arbitration to the Director NIMR or his/her nominee. The decision of arbitration to the agreement in this regard shall be final and binding upon both the parties.

    7.2 The parties shall continue to perform their obligations under this agreement during arbitration proceedings. The cost of arbitration (including the fees and expenses of the arbitration) shall be shared equally by the parties unless the award specifies otherwise.

    7.3 The venue for arbitration will be New Delhi.

    8.0 Performance Security:

    The successful tender/firm will be required to furnish Performance Guarantee in the

  • 30

    mode of pay order/demand draft in favour of the Director, NIMR, or Fixed Deposit receipt or Bank Guarantee from a commercial bank in an acceptable form safeguarding the interest of NIMR for an amount of Rs. 30,000/- (Rupees Thirty thousand only) which will be released to the contractor after 60 days from the date of successful completion of the contract.

    ii) Performance Security should remain valid for a period of sixty days beyond the date of completion of all contractual obligations of the Service Provider.

    iii) Bid Security will be refunded to the successful bidder on receipt of Performance Security.

    9.0 Penalty for delayed Service:

    9.1 The CAMC will include repair/maintenance of all Hardware and Software

    problems. The Engineer(s) will have to ensure that all calls are attended within 1 (One) Hour and the upkeep time for the repair of any system would be up to two working days. In case of failure to do so, a penalty will be charged for downtime at the rate of Rs 500/- (Rupees five hundred only) per day or part thereof beyond the schedule time limit (48 hours from the time a complaint was lodged). In respect of Hard Disks, replacements have to be effected within 48 hours of the lodging of complaint. The downtime penalty for this work would be Rs. 1000/- i.e. double the normal rate.

    9.2 NIMR reserves the right to cancel the contract, in case, the firm is failing to

    provide satisfactory services or due to any irregularity on the part of the contractor.

    9.3 The unrecovered penalties, if any, shall be recovered from the Security

    Deposit/Performance Bank Guarantee.

    10.0 Jurisdiction: Any unresolved disputes arising out of or pertaining to the contract shall be settled

    through arbitration to which both, NIMR and the bidder here to consent that the decision of Director, National Institute of Malaria Research, New Delhi shall be final and binding.

    Director National Institute of Malaria Research

    Sector 8, Dwarka, New Delhi-110077

  • 31

    ANNEXURE-II TECHNICAL

    Technical Bid

    1. Name of the Company

    2. Address (with Tel. No., fax no. & e-mail address) 3. Contact person

    4.(a) The number of years of experience in maintenance business (b) Total value per year of maintenance business in respect of the last 3 years (c ) List of Customers including Govt. offices in Delhi 5. (a) Registration Number

    (b) Company PAN Number

    (c) Service Tax Number e) Regn. No. for TIN

    6. Details of Technical Manpower

    Total Strength Qualification Experience

    7. Details of CAMC

    Name of organisations Contact person Period of Amount of Details of

    CAMC CAMC Hardware handled

    8 CHECK LIST (Confirm the following enclosure along with this format):

    a. Company profile b. Satisfactory service certificate from the previous clients c. Certificate of registration with the Registrar of Companies and with the Delhi Sales Tax

    Deptt. For Work Contract Tax.

    d. Copy of acknowledgement of filing of the Income tax return for the three preceding years.

    e. Details of CAMC support Engineer with Qualification and Experience. f. EMD & Tender Fee. All the above papers should be kept properly in a bunch.

  • 32

    Declaration

    I/we hereby certify that the information furnished above is complete and correct to the best of my/our knowledge. I/We understand that in case any deviation is found in the above statement at any stage, the firm will be black-listed and will not have any contract with NIMR in future.

    (Signature of authorized signatory) SEAL OF THE FIRM

  • 33

    ANNEXURE-III FINANCIAL Bid

    1. Name of the Company: 2. Address 3. Tel. No. and FAX No. 4. Contact Person 5. Rates as per the following Performa: (The Qty are indicative and the rates should be

    quoted for maintaining for a period of one year, divided in four quarters). LIST OF COMPUTERS UNDER AMC FOR ONE YEAR

    Annual Charges per machine

    S.NO. ITEM/DESCRIPTION No. (Approx.)

    CAMC RATE

    Annual Total Charges.

    (in Rs.) in Figure A B AxB

    1 COMPUTER P-IV Core 2 duo, Dual core, i3 & i5 182 2 DESK JET/Office jet PRINTER 09 3 DMP PRINTER 01

    4 LAPTOP 41 5 LASER PRINTER (B. & W.) 102

    6 Color LaserJet Printer 29

    7 WORKSTATION 01 8 PROJECTOR 01 9 SCANNER 26 10 SERVER 01 11 UPS 222

    12

    Maintenance of LAN, Wireless Access Points, Switches and Bandwidth Management to ensure smooth Internet services (Wi Fi )

    Total

  • 34

    List of UPS System at NIMR

    Sl. No.

    Make Capacity Quantity

    1. BPE 650 VA/600VA 36 Nos. 2. Luminous 600 VA 7 Nos. 3. APC 390 W 28 Nos. 4. Microtake 650 VA 14 Nos. 5. Mark 650 VA 1 No. 6. Nexus 750 VA 1 No. 7. Liebert 750 VA 4Nos. 8. Datex 650 VA 45 Nos. 9. Mark 750VA 1 No. 10. APC 390 W 2Nos. 11. Luminous 1000 VA 4 Nos. 12. Uniline 1000VA 1No. 13. Nenius 1000 VA 15 Nos. 14. Finamic 1 KVA 6Nos. 15. Samtek 1 KVA 4Nos 16. Samtek 2 KVA 2Nos. 17. Samtek 2 KVA 4Nos. 18. Uniline 3 KVA 5Nos. 19. Uniline 2 KVA 2Nos. 20. Enterteck 3 KVA 4Nos. 21 Samtek 5 KVA 28Nos. 22. Samtek 3 KVA 2Nos. 23. Samtek 4 KVA 1No. 24. Uniline 10 KVA 1No. 25. Uniline 5 KVA 3Nos. 26. Entertech 8 KVA 1No. Total 222

  • 35

    Annexure-A LIST OF COMPUTER & OTHER PERIPHERALS FOR AMC FOR THE YEAR 2016-17

    Sl. No.

    Division Name/Head of Division

    Nos. of Computer & Peripherals

    Total Desktop Total Laptop Desk Jet/ Office jet printer

    Total Scanner Total LaserJet (B&w)

    Total LaserJet Color

    Total Workstation & Server/Remarks

    1. ECR Div. Dr. Anup Anvikar

    20 4 1 2 12 4 -

    HP=16 HCL=1 DELL=1 ACER=2

    HCL=1 HP=2 DELL=1

    HP=1 HP=1 Epson=1

    HP=12

    HP=4 -

    2. Maintenance Deptt. 1 (Acer) - HP = 1 - - - -

    3. Admn. I & II Shri Sunil Gupta

    12 - - 1 10 2 -

    HP= 5 ACER=7

    - - - HP=10 HP=2

    4. Hindi Section Dr. Vandana Sharma

    2 - - 1 3 - -

    HP=1 ACER=1

    - - HP=1 HP=3 -

    5.

    Publication Division Dr. Nutan Nanda

    5 - 1 2 2 1 -

    HP=3 HCL=2

    - HP=1 HP=1 CANON=1

    HP=2 HP=1 -

    6 Library Mr. Rashid

    6 - - - 1 1 -

    HP=2 ACER=4

    - - - HP=1 HP=1 -

    7. EGB Laboratory Aparup Das

    20 2 - - 3 2 Projector=1

    HP=4 HCL=2 ACER=13 DELL=1

    TOSHBA=1 DELL=1

    - - HP=3 HP=2 SONY=1

    Total 66 6 3 6

    31 10 1

  • 36

    LIST OF COMPUTER & OTHER PERIPHERALS FOR AMC FOR THE YEAR 2016-17

    Sl. No.

    Division Name/Head of Division

    Nos. of Computer & Peripherals

    Total Desktop Total Laptop Desk Jet Printer

    Total Scanner

    Total LaserJet (B&w)

    Total LaserJet Color

    Total Workstation & Server/Remarks

    8. Directors Office Dr. Neena Valecha

    8 3 - 6 7 1 -

    HP=7 ACER=1

    HP=1 COMPAQ=1 TOSHBA=1

    - HP=6 HP=7 HP=1 -

    9. Cashier 1 - - - 1 -

    HP=1 - - - HP=1 -

    10. KK GUPTA 1 - - - 1 -

    ACER=1 - - - HP=1 -

    11 RTI Cell

    1 - - - 1 1 -

    ACER=1 - - - HP=1 HP=1 -

    12. Parasite Bank Dr. Vineeta Singh

    5 2 - - 3 1 -

    ACER=4 HP=1

    COMPAQ=1 SONY=1

    - - HP=2 XEROX=1

    HP=1

    13 Host-Parasit Interaction Biology Grup (HPIBG) Dr. Rajnikant Dixit & Dr. Kalailash

    7 - - 1 2 1 -

    HP=4 ACER=2 DELL=1

    - - HP=1 HP=2 HP=1 -

    14. Protein Biochemistry Dr. Arun Sharma

    7

    2

    2

    2

    5

    2

    -

    HP=5 ASSBLEM=2

    TOSHIBA=1 HP=1

    HP=2 CANON =2

    HP=5

    HP=2 -

    15. Store Section Shri K.C. Sehra

    9 - - - 7 - -

    HP=5 ACER=4

    - - - HP=7 - -

    16 A.O.S Office Shri C.S. Namboodiri

    3 1 - 2 3 - -

    HP=1 ACER=2

    HP=1

    - HP=2

    HP=3 - -

    17. Insecticide Resistance Lab Dr. K. Raghavendra

    6 2 - - 6 - -

    HP=3 HCL=1 ACER=2

    DELL=1 HP=1

    - - HP=6 - -

    Total 48 10 2 11 36 6 -

  • 37

    LIST OF COMPUTER & OTHER PERIPHERALS FOR AMC FOR THE YEAR 2016-17

    Sl. No.

    Division Name/Head of Division

    Nos. of Computer & Peripherals

    Total Desktop Total Laptop Desk Jet/ Office jet printer

    Total Scanner

    Total LaserJet (B&w)

    Total LaserJet Color

    Total Workstation & Server/Remarks

    18. Dr.MS Malhotra 2 1 - 1 1 1

    Hp=2 HCL=1 - HP=1

    HP=1 HP=1

    19. Vector Biology Control Division Dr. S.K. Sharma

    4 3 - 1 3 1 -

    HP=2 ACER=1 ZENITH=1

    SONY=1 HCL=1 HP=1

    - HP=1 HP=3 HP=1 -

    20. Molecular Biology Shri O.P. Singh

    7

    6

    - 1

    4

    3

    HP=4 ACER=1 DELL=1 IBM=1

    HP Compaq=4 Sony=1 DELL=1

    - HP=1 HP=3 MITSHUBISHI=1

    HP=3

    21. GIS Division Dr. B.N. Nagpal

    21

    9

    2

    2

    7

    3

    -

    DELL=9 HCL=3 HP=3 ACER=4 Zenith=2

    DELL=1 SONY=2 HCL=4 HP=1 Toshiba=1

    HP=2 HP=2

    HP=7

    HP=3 -

    22. IEC Division Dr. Padmawati Tyagi

    4

    -

    1 1 2 - HP WORKSTATION=1

    HP=1 ACER=3

    - HP=1 HP=1 HP=2 - -

    23. CIF Division Dr. Ram Das & Mr. R.S.Tomer

    1

    1

    - - - 2 -

    ACER =1

    HCL=1 - - - HP=2 -

    24. TRANSPORT 1 - - - 1 - -

    HP=1 - - - HP=1 - -

    25. ELECTRIC ROOM 1 - - - - - -

    HP=1 - - - - - -

    26. Reception Main Mr. Ram Phool Meena

    HP=1

    - - - - - -

    27. EED Division Dr. R.C. Dhiman

    12 4 1 1 7 3

    HP=6 DELL=3 ACER=1 LENOVO=1 HCL=1

    HP COMPAQ=2 DELL=1 APPLE=1

    HP=1 HP=1 HP=6 SAMSUNG=1

    HP=3 -

    Total 54 24 4 7 25 13 1

  • 38

    LIST OF COMPUTER & OTHER PERIPHERALS FOR AMC FOR THE YEAR 2016-17

    Sl. No.

    Division Name/Head of Division

    Nos. of Computer & Peripherals

    Total Desktop Total Laptop Desk Jet/ Office jet printer

    Total Scanner

    Total LaserJet (B&w)

    Total LaserJet Color

    Total Workstation & Server/Remarks

    28. Account Section Shri G.P. Mathur

    6 1 - - 6 - -

    HP =5 Acer=1

    1 - - HP=6 - -

    29. Bill Section Smt. Neelam

    5 - - 1 3 - 1 (DMT)

    ACER=2 HP=3

    - - HP=1 HP=3 - DMT Printer=01

    30. Biometric Attendance Division Mr. Anoop Rawal

    3 - - 1 1 - -

    HP=1 Dell=1 HCL=1

    - - 1 1 - -

    Total 14 1 - 2 10 - 1 (DMT)

    G.T. 182 41 9 26 102 29 Projector=1 Workstation=1 DMT=1

  • 39

    NOTE: 1. The quoted rates must be NET and all taxes, etc. must be indicated separately.

    2. Rates also includes the transportation charges, other incidental charges etc, if any.

    Declaration

    I/we hereby certify that the information furnished above is complete and correct to the best of my/our knowledge. I/We understand that in case found any deviation in the above statement at any stage, the firm will be black-listed and will not have any contract with NIMR in future.

    Tenders must be submitted strictly as per the format of tender others will be

    summarily rejected.

    Seal and Sign of Authorized Signatory